Section one: Contracting authority
one.1) Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
Telephone
+44 1314428930
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Innovative, value adding VLE Systems and Associated Services
Reference number
ITS1065 AP
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Framework for Virtual Learning Environment Management Solutions and Associated Services for Universities and Colleges in Scotland and the UK, including provision of all software and any associated licensing. Potential Services include, but are not limited to:
System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. The framework agreement includes:
Lot1 - Proprietary VLE Systems
Lot2 - Moodle VLE Services including: Support, Hosting and Development
The agreement will be open to the members of Advanced Procurement for Universities and Colleges (APUC Limited) and other UK procurement consortia as listed further below.
two.1.5) Estimated total value
Value excluding VAT: £45,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Proprietary VLE Systems and Associated Services
Lot No
1
two.2.2) Additional CPV code(s)
- 72261000 - Software support services
- 48000000 - Software package and information systems
- 48611000 - Database software package
- 48190000 - Educational software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Scotland and the UK.
two.2.4) Description of the procurement
Framework for VLE Solutions and Associated Services for Universities and Colleges in Scotland: Lot 1, Proprietary VLE Systems,
including provision of all "commoditised off the shelf"(COTS)software and any associated licensing. Potential Services include, but are not
limited to:
System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate
effectively across multi-campus environments.
This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher
education regional purchasing consortia as follows:
Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E.
http://www.apuc-scot.ac.uk/#!/members
Southern Universities Purchasing Consortium (SUPC);
https://www.supc.ac.uk/about-us/our-members/our-members
London Universities Purchasing Consortium (LUPC);
https://www.lupc.ac.uk/member-list
North Eastern Universities Purchasing Consortium (NEUPC);
https://www.neupc.ac.uk/our-members
North Western Universities Purchasing Consortium (NWUPC);
https://www.nwupc.ac.uk/our-members
Higher Education Purchasing Consortium, Wales (HEPCW).
http://www.hepcw.ac.uk/members/
Crescent Purchasing Consortium (CPC)
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £33,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Two periods of twelve months each at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Projects are in place within a number of Institutions.
two.2.14) Additional information
Up to six participants may be appointed to Lot1, Proprietary VLE.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. All exclusion grounds; Refer to Procurement Documents and PCS-T for more information
two.2) Description
two.2.1) Title
Moodle VLE Services: Support, Hosting & Development
Lot No
2
two.2.2) Additional CPV code(s)
- 72261000 - Software support services
- 48000000 - Software package and information systems
- 48611000 - Database software package
- 48190000 - Educational software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Scotland and the UK.
two.2.4) Description of the procurement
Framework for Innovative, value adding VLE Solutions and Associated Services for Universities and Colleges in Scotland and the UK: Lot1, Proprietary VLE Solutions and Associated Services; Lot 2, Development, Hosting and Support of Moodle VLE Solutions and Associated Services.
Potential Services include, but are not limited to:
System Implementation; Migration Support; Support and Maintenance; Hosting; Configuration, customisation and development if required by Institutions. Solutions should have the capability to operate effectively across multi-campus environments.
This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher education regional purchasing consortia as follows:
Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E.
http://www.apuc-scot.ac.uk/#!/members
Southern Universities Purchasing Consortium (SUPC);
https://www.supc.ac.uk/about-us/our-members/our-members
London Universities Purchasing Consortium (LUPC);
https://www.lupc.ac.uk/member-list
North Eastern Universities Purchasing Consortium (NEUPC);
https://www.neupc.ac.uk/our-members
North Western Universities Purchasing Consortium (NWUPC);
https://www.nwupc.ac.uk/our-members
Higher Education Purchasing Consortium, Wales (HEPCW).
http://www.hepcw.ac.uk/members/
Crescent Purchasing Consortium (CPC)
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 60.00
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Two periods of twelve (12) months at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Projects are in place within a number of Institutions.
two.2.14) Additional information
Up to six participants may be appointed to Lot2, Moodle VLE Services.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. All exclusion grounds; Refer to Procurement Documents and PCS-T for more information
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Single Procurement Document (SPD) Section 4B refers.
Minimum level(s) of standards possibly required
Section 4B.5 specifies the minimum levels of insurance which are as follows:
Employer's (Compulsory) Liability Insurance, GBP 5Million
Public and Product Liability Insurance, GBP 5Million
Professional Indemnity GBP 2Million
Cyber Insurance or equivalent
Section 4B.6 of the SPD requests further information from the successful Tenderers.
A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the previous year end.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Section 4C.1.2 of the SPD requests at least one relevant example of previous experience from suppliers tendering for this framework contract and/or services carried out within the last three years.
Section 4C.4, Supply Chain Management and Prompt Payment question, must also be completed.
Minimum level(s) of standards possibly required
Section 4C.1.2 of the SPD requests at least one relevant example of previous experience from suppliers tendering for this framework contract and/or services carried out within the last three years.
For a Pass at 4C.1.2 of the SPD, Tenderers must have a solution in place within an equivalent environment to the tender Specification for each specific Lot that the Tenderer has submitted a response to. For each Lot responded to, the minimum required equivalent environment to the Tender Specification includes having a solution in place that provides the capabilities listed up to and including 4.3 of the Specification of Requirements main section 2 of the ITT.
For a Fail at 4C.1.2, Tenderers seeking to develop a fully bespoke solution will be disqualified. Tenderers who cannot provide evidence that their solution is in place within an equivalent environment to the tender Specification will be disqualified.
Section 4C.4, Supply Chain Management and Prompt Payment question, must also be completed. For a Pass at 4C.4 of the SPD, The Tenderer has (or has access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, has confirmed that they have the systems in place to pay contractors through the supply chain promptly and effectively, and that they will provide evidence, when requested, of (a) their standard payment terms and (b) > or equal to
95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the Tenderer is unable to confirm (b) then they must provide an improvement plan, signed by their Director which improves the payment performance.
For a Fail at 4C.4, the Tenderer does not have the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, does not have the systems in place to pay contractors through the supply chain promptly and effectively, and cannot provide evidence of (a) their standard payment terms and (b) > or equal to 95% of all supply chain invoices being paid on time (in
accordance with the terms of the contract) in the last financial year and the Tenderer is unable to provide an improvement plan signed by their Director which improves the payment performance.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
SUBMISSION OF MANAGEMENT INFORMATION
Prior to the commencement of the Framework Agreement, the Contractor will provide the Authority with contact details of the Management Information contact who will be provided with a template spreadsheet/reporting schedule along with a username and password for the management information website http://www.ucsp.ac.uk/
The Contractors must provide the information on a quarterly basis, within 10 working days.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 May 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 May 2025
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
six.3) Additional information
The following should be submitted prior to award. It is for information only and will not be scored:
(Appendix A) - Form of Tender,
(Appendix B) - FOI disclaimer
(Appendix D) - APUC Supply Chain Code of Conduct,
(Appendix J) - GDPR Assurance Assessment
SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1
SCM RP is the Authority's designated tool for contracted suppliers to keep up-to-date essential information on their company, which allows the Authority to get an insight into their company’s general standing, commitment to preventing modern slavery and addressing climate change, as well as their pledge to fair and decent working practices for their staff. Tenderers must confirm that they will commit to completing SCM RP Section 1 on award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28882. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This is a specialist multi-supplier framework within which sub-contracting opportunities are limited.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Provision of training opportunities to staff and students,
apprenticeships and potential investment in Institution local communities.
(SC Ref:794330)
six.4) Procedures for review
six.4.1) Review body
Stirling Sherriff Court
Stirling
FK8 1NH
Country
United Kingdom